Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
MODIFICATION

M -- M - Operation of Government-owned facilities at Dobbins ARB, GA

Notice Date
8/29/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, GA, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
F09634-03-R0003
 
Archive Date
11/30/2003
 
Point of Contact
Jana McNeal, Contract Specialist, Phone 478-327-0587, Fax 478-327-0815, - Ron Dean, Chief, Commercial Activites Branch, Phone 478-327-1614, Fax 478-327-0815,
 
E-Mail Address
jana.mcneal@afrc.af.mil, ron.dean@afrc.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Offeror shall provide all personnel, labor, equipment, tools, materials, supervision, training, licenses and other items or services necessary to perform the Base Operating Support Services to operate and manage multiple functions at Dobbins ARB, Georgia. Functions include: Base Supply, Motor Vehicle Management, Traffic Management, Real Property Maintenance, Fuels Management, Airfield Management, Meteorological Services and Transient Aircraft Maintenance. This contract will be subject to the Service Contract Act and the place of performance is Dobbins ARB, Georgia. The solicitation will be issued on an ALL OR NONE BASIS. For the purpose of the Minimum Qualification Requirement?s provision in the solicitation, ?prime? means the prime contractor, lead contractor in a teaming arrangement or the principal representative of a joint venture (as an entity). ?Team member? means the prime, teaming partner or critical subcontractor. ?BOS? means base operating support services. The following minimum experience requirements apply to this acquisition: Within the last five years, the prime must possess a minimum of one year of experience (excluding orientation period) managing and performing, on a fixed-price basis, a multi-function BOS contract (or commercial equivalent) consisting of two or more functions contained in this solicitation of similar scope and magnitude to those same functions contained in the solicitation; or the prime must possess a minimum of one year of experience (excluding orientation period) managing and performing, on a fixed-price basis, two or more simultaneous single-function BOS contracts(or commercial equivalents) which in the aggregate include two or more functions contained in the solicitation of similar scope and magnitude to those same functions contained in this solicitation, within the last five years; AND Within the last five years, a team member must possess a minimum of one year of experience (excluding orientation period) performing, on a fixed-price basis, either Supply Management or Real Property Maintenance functions, of similar scope to the requirements in this solicitation. It is the Government?s intent to award a ten (10) year contract which will consist of an orientation period of approximately 30 days , a basic contract period of 12 months , nine priced annual options, and a one to six month short option period, which may be exercised after any contract period. Award is anticipated in FY04. The NAICS Code is 56121, Facilities Support Services. The size standard is $23 million. The Government intends to solicit this acquisition as a Small Business Set-Aside for small business participation only. Teaming arrangements are encouraged. It is anticipated that offerors will be evaluated using Price Performance Tradeoff (PPT) procedures, FAR 15.101-0. The Government anticipates the solicitation will require submission of four volumes: Volume 1, Present and Past Experience & Performance; Volume 2, Financial; Volume 3, Technical Approach; and Volume 4, Cost/ Price. Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Point of Contact is: HQ AFRC/LGCP, Attn: Jana McNeal, 255 Richard Ray Blvd., Robins AFB, GA 31098-1637; FAX to (478) 327-0815; OR email jana.mcneal@afrc.af.mil. The Government intends to issue a solicitation approximately 03 Oct 03. The preproposal conference date is tentatively scheduled for 17 Oct 03. The specific closing date and time for submission of offers will be contained in the solicitation package. The Request for Proposal (RFP) F09634-03-R-0003 and all associated documents will be posted on the Electronic Posting System (EPS) Web page. No paper copies of the solicitation will be issued. The Internet address is : http//www.eps.gov. It is recommended that all interested Offerors register for this solicitation number through EPS to ensure they automatically receive all updated documents to this requirement as they are posted.
 
Place of Performance
Address: Dobbins ARB, GA
Zip Code: 30069-4824
Country: USA
 
Record
SN00416205-W 20030831/030829213739 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.